All bid deadlines are 11:59pm Pacific Time the date of the bid deadline listed unless otherwise noted.

school Waller ISD
IFCB Posted : Nov 27, 2018
Bid Deadline : Saturday, Jan 12, 2019

Questions Due By : Saturday, Dec 15, 2018
Applicant Address : Waller, TX 77484
IFCB ID : 190006766

IFCB Requirements :
·         All Questions and Bids must be submitted using the on-line IFCB system. If for some reason the system is down before the respective deadline, please email your bid to info@crwconsulting.com or fax it to 918.445.0049. Bids or questions submitted in this fashion will be disqualified if the on-line system is active at the time of submission.
 
·         Bidder must agree to participate in USF Program (AKA “E-rate”) for the corresponding funding year.
 
·         Please include the correct Service Provider Identification Number (SPIN) on your bid.
 
·         By submitting a bid, bidder certifies that the bidder does have a valid (non-red light status) SPIN for the E-rate program at the time of submission. Should the Applicant discover that the bidder is on red light status, or if the FCC classifies the bidder as on red-light status before work is performed and invoices are paid, the contract will be null and void and the applicant will have no payment obligations to the bidder.
 
·         Bidder is expected to provide the lowest corresponding price per E-rate rules.  See http://www.usac.org/sl/service-providers/step02/lowest-corresponding-price.aspx for details.
 
·         Contracts must not prohibit SPIN changes.
 
·         Bidder must agree to provide the Applicant the choice of discount methods (SPI or BEAR).
 
·         Bidder will be automatically disqualified if the District determines that the bidding company has offered any employee of the District any individual gift of more than $20 or gifts totaling more than $50 within a 12 month period.
 
·         All contracts awarded will be contingent upon E-rate funding and final board approval.  The applicant may choose to do all or part of the project upon funding notification.
 
·         All contracts awarded under this IFCB bidding process may be voluntarily renewed by the applicant, upon written notice to the provider, for five consecutive one year terms. Please include this language in your final contract.
 
·         All applicable fees, surcharges, and taxes must be identified on the bid. E-rate rules require the applicants to evaluate the price of eligible goods and services that will be listed on the 471 application during the competitive bidding process. Fees and surcharges that apply but are not listed on the bid will be the responsibility of the bidding company, should their bid be awarded.
·         E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request. If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services.

·         INTERNET ACCESS DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.
·         The winning vendor will be required to complete the USAC approved Item 21 template for the project within 7 working days after notification that the vendor has won the bid.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: It will be the bidder’s responsibility to provide documentation about the compatibility requirements listed in this IFCB. Vendors that submit bids without documentation demonstrating the required compatibility listed in this IFCB will have their bids disqualified, unless that vendor has bid the preferred make/model number listed.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
·         DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A, Project B, Project C, or Project D.  Bids for individual components of a single project will be disqualified.
·         DISQUALIFICATION FACTOR BMIC: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
DISQUALIFICATION FACTOR BMIC - Maintenance bids listing only an hourly rate and not a monthly or annual total will be disqualified.  Vendors quoting an hourly rate are required to also a) confirm that you have the ability/expertise to maintain all of the equipment listed and b) propose a number of hours at a particular rate monthly to properly maintain the entire list of equipment.  Bids that contain only hourly rates, without confirmation that the company can service the list of equipment, or without a monthly total will be disqualified.

 

Services and Equipment Requested :
Leased Lit Fiber- Applicant currently has 2 x 1Gb connections, considering upgrading to 4Gb bandwidth.  The connections run from 1914 Key St, Waller, TX 77484, (936)931 to; 24920 Zube Rd, Hockley, TX 77447 (936) 931, and 23400 Hegar Rd, Hockley, TX 77447 (936)372.
Internet Access – Minimum 1Gb bandwidth, maximum 10Gb bandwidth. The terminating address for this circuit is 1914 Key St., Waller, TX 77484; (936)931.  E-rate rules require applicants to evaluate the cost of eligible goods and services, and to cost-allocate out the amount for ineligible services from their funding request.  If your company will be bidding internet access service, please identify the amount to be cost-allocated out for the ineligible services – email service, web hosting, content filtering, or other bundled ineligible services. 

NOTE: Per USAC’s current guidance about applying for Internet access this applicant is checking the Leased Lit Fiber, Internet Access: ISP Service only and Internet Access and Transport Bundled.
INTERNET ACCESS DISQUALIFICATION FACTOR: Any and all installation charges must be identified on your bid. If you submit a bid indicating that installation charges may apply without listing those charges, we will consider your bid incomplete and disqualify your bid.
 
Internal Connections

Voluntary Site Visit
Vendors wishing to bid on internal connections can attend a voluntary site visit one day December 11th, or December 14th beginning at 9am. Vendors will meet at 1914 Key Street, Waller, TX 77484 and check in with Rosa Ojeda.
Project A
Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Firewall Service and Components
District Shared
1
Palo Alto 5250 or 5260, or functional equivalent
 
Project B
Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Antennas, Connectors and Related Components
Jones Elementary
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Jones Elementary
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Waller High School
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Waller High School
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Waller Junior High
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Waller Junior High
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Holleman Elementary
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Holleman Elementary
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Turlington Elementary
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Turlington Elementary
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Schultz Junior High
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Schultz Junior High
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Fields Store Elementary
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Fields Store Elementary
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
Antennas, Connectors and Related Components
Roberts Road Elementary
5
NEMA 5-20p or functional equivalent
UPS/Battery Backup
Roberts Road Elementary
5
APC SMT2200RM2U 2200VA RM 2U LCD 120V Smart-UPS or functional equivalent
 
Project C
Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Wireless Access Points
Jones Elementary
92
Aruba 315 or functional equivalent

Project D
Type of Equipment
School Name
Number of Devices Vendor Should Bid
 
Preferred Make/Manufacturer
Switches
Jones Elementary
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Waller High School
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Waller Junior High
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Holleman Elementary
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Turlington Elementary
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Schultz Junior High
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Fields Store Elementary
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent
Switches
Robert Roads Elementary
1
Cisco Catalyst WS-3850-48XS-E or functional equivalent

Compatibility Requirement
All requested equipment must be compatible with Cisco and Aruba systems.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: It will be the bidder’s responsibility to provide documentation about the compatibility requirements listed in this IFCB. Vendors that submit bids without documentation demonstrating the required compatibility listed in this IFCB will have their bids disqualified, unless that vendor has bid the preferred make/model number listed.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Applicant will not accept bids for refurbished equipment. Any bids containing refurbished equipment will be disqualified.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Bids that include equipment that was manufactured for use outside of the United States will be disqualified.
DISQUALIFICATION FACTOR INTERNAL CONNECTIONS: Service providers are required to bid an entire Project A, Project B, Project C, or Project D.  Bids for individual components of a single project will be disqualified.
Basic Maintenance Project A, B, C, D – see above Internal Connections request for Project A, B, C, D.
 
DISQUALIFICATION FACTOR BMIC: Vendors must complete and include the C2 Cover Page with their bid. Bids received without the cover page will be disqualified.
DISQUALIFICATION FACTOR BMIC - Maintenance bids listing only an hourly rate and not a monthly or annual total will be disqualified.  Vendors quoting an hourly rate are required to also a) confirm that you have the ability/expertise to maintain all of the equipment listed and b) propose a number of hours at a particular rate monthly to properly maintain the entire list of equipment.  Bids that contain only hourly rates, without confirmation that the company can service the list of equipment, or without a monthly total will be disqualified.

 

There is an additional document associated with this IFCB. Please click the buttons to download the document.

2019C2BiddingInstructions4014.docx
C2COVERPAGE34.pdf

Questions Received with Applicant Answers   ( Ask Questions? )




Are you asking for a rack PDU? If so, do you want to mount it horizontal or vertical? How many outlets does it need?

Answer:
 

Rack, horizontal and 6 outlets

Does Aruba Controller have enough software licenses to support the 92 APs or do we need quote licenses?

Answer:
 please quote five years of licensing

Is installation required on UPS or dropped ship?

Answer:
 

Please quote installation

Here are my questions on the 92 Wireless Access Points: 1. Are these wireless access points to be installed indoors or outdoors? 2. Are these wireless access points to be installed at a height of 15ft or less from the ground? 3. Are these wireless access points to be installed according to a predetermined survey? 4. Will a survey of the appropriate location (and coverage zones) need to be made? 5. Are these wireless access points being installed in the same building as other access points already in use? 6. What make/model number of existing access points will these new wireless access points be installed near? 7. Are each of these wireless access points replacing older access points in the same location? 8. What make/model number of old access points are the new wireless access points replacing? 9. Is there already copper (CAT6) cabling installed to the mounting locations for these new wireless access points? 10. Is there already a Wireless LAN Controller (WLC) for the access points at this location? 11. What make/model number of WLC is controlling the existing access points at this location? 12. What are the details of any/all wireless SSIDs being used by the wireless environment currently at this location? 13. What are the Authentication methods being used by the wireless environment currently at this location? 14. Will these wireless access points be powered by power-over-ethernet delivered from a network switch? 15. What make and model of switch will be delivering the power-over-ethernet? 16. Will installation and configuration of the wireless access points be needed?

Answer:
 1. Are these wireless access points to be installed indoors or outdoors?

                indoors

2. Are these wireless access points to be installed at a height of 15ft or less from the ground?

Yes  

3. Are these wireless access points to be installed according to a predetermined survey?

no

4. Will a survey of the appropriate location (and coverage zones) need to be made?

yes

5. Are these wireless access points being installed in the same building as other access points already in use?

Yes

6. What make/model number of existing access points will these new wireless access points be installed near?

Aruba 225

7. Are each of these wireless access points replacing older access points in the same location?

Yes

8. What make/model number of old access points are the new wireless access points replacing?

AP225

9. Is there already copper (CAT6) cabling installed to the mounting locations for these new wireless access points?

Yes

 10. Is there already a Wireless LAN Controller (WLC) for the access points at this location?

Yes

11. What make/model number of WLC is controlling the existing access points at this location?

Aruba 7240XM

12. What are the details of any/all wireless SSIDs being used by the wireless environment currently at this location?

WPA2 Enterprise

 13. What are the Authentication methods being used by the wireless environment currently at this location?

WPA2 Enterprise

14. Will these wireless access points be powered by power-over-ethernet delivered from a network switch?

Yes

15. What make and model of switch will be delivering the power-over-ethernet?

Cisco 2960X

16. Will installation and configuration of the wireless access points be needed?

                Yes

Here are my questions on the 8 Cisco switches: 1. Will the switches be added to an existing Stacking cluster or configured individually? 2. How much Power over Ethernet is required on the switches? 3. How many uplinks are needed on the switches and what speed are they? 4. Which transceivers are needed on the switch uplinks? 5. What role(s) will the switches be performing in the network? 6. Are the switches performing a new task or replacing existing switches? 7. What make/model numbers of old switches are the new switches replacing? 8. Will installation and configuration of the switches be needed?

Answer:
 

1.    Will the switches be added to an existing Stacking cluster or configured individually?

a.    Individually

2.    How much Power over Ethernet is required on the switches?

a.    48Port - 740 Watts

3.     How many uplinks are needed on the switches and what speed are they?

a.            Two 10g  / four 1g

4.    Which transceivers are needed on the switch uplinks?

a.            10g sfp+ LRM  / sfp Medium

5.    What role(s) will the switches be performing in the network?

a.    Data and Voice Access

6.    Are the switches performing a new task or replacing existing switches?

a.            No

7.     What make/model numbers of old switches are the new switches replacing?

a.    None, they are the same model/

8.    Will installation and configuration of the switches be needed?

a.    No

17. How many total wireless access points will there be in this building when finished, not counting the 92 new ones?

Answer:
 Undetermined as they will be added to multiple locations

Are all existing Aruba APs being upgraded? how many are remaining?

Answer:
 

Are all existing Aruba APs being upgraded?  No

how many are remaining? 1300